Section one: Contracting authority
one.1) Name and addresses
University of Dundee
Procurement, 3rd Floor, Tower Building, Nethergate
Dundee
DD1 4HN
Telephone
+44 1382386810
Country
United Kingdom
NUTS code
UKM71 - Angus and Dundee City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00105
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Non-Medical Personal Help Services
Reference number
UoD-PF013-TC-2024
two.1.2) Main CPV code
- 80340000 - Special education services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority is seeking suppliers for the provision of individual support for students who have disclosed a disability or additional support need. The Authority is putting in place a Framework of suppliers over three (3) Lots, as detailed in the ITT.
two.1.5) Estimated total value
Value excluding VAT: £1,300,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
All services excluding Communication Support Workers (CSW), British Sign Language (BSL) Interpreters and Autism Spectrum Condition Support
Lot No
1
two.2.2) Additional CPV code(s)
- 80400000 - Adult and other education services
- 79620000 - Supply services of personnel including temporary staff
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee
two.2.4) Description of the procurement
One-to-one Learning Support for students who disclose a disability or additional support need. This is intended to enable students to achieve on their course by providing a range of support such as: reading; notetaking; prompting; study skills; support in practical classes for those students who have a physical disability. The services required are not limited to those listed as the support needs in question subject to ongoing development.
two.2.5) Award criteria
Quality criterion - Name: Applying relevant experience to the delivery of this service / Weighting: 20
Quality criterion - Name: Reporting, data transfer, relationships and delivering outcomes / Weighting: 20
Quality criterion - Name: Job Descriptions and Fair Working Practices / Weighting: 10
Quality criterion - Name: Service evaluation and feedback / Weighting: 10
Quality criterion - Name: Payroll and invoice administration (3rd parties) – where applicable / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 5
Price - Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £1,300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
CSWs and BSL Interpreters
Lot No
2
two.2.2) Additional CPV code(s)
- 80400000 - Adult and other education services
- 79620000 - Supply services of personnel including temporary staff
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee
two.2.4) Description of the procurement
Communication Support Worker (Lot 2): To provide accurate interpretation for students using British Sign Language. To provide appropriate communication strategies to enable deaf students to integrate into their peer group and engage with their learning British Sign Language (BSL) Interpreter (Lot 2): To provide BSL Interpreting for students in and out with the classroom
two.2.5) Award criteria
Quality criterion - Name: Applying relevant experience to the delivery of this service / Weighting: 20
Quality criterion - Name: Reporting, data transfer, relationships and delivering outcomes / Weighting: 20
Quality criterion - Name: Job Descriptions and Fair Working Practices / Weighting: 10
Quality criterion - Name: Service evaluation and feedback / Weighting: 10
Quality criterion - Name: Payroll and invoice administration (3rd parties) – where applicable / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 5
Price - Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £1,300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Autism Spectrum Condition Support
Lot No
3
two.2.2) Additional CPV code(s)
- 80400000 - Adult and other education services
- 79620000 - Supply services of personnel including temporary staff
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee
two.2.4) Description of the procurement
Autism Spectrum Condition (ASC) Support (Lot 3): To support autistic students to stay focused and on task and develop learning strategies to reach their full potential
two.2.5) Award criteria
Quality criterion - Name: Applying relevant experience to the delivery of this service / Weighting: 20
Quality criterion - Name: Reporting, data transfer, relationships and delivering outcomes / Weighting: 20
Quality criterion - Name: Job Descriptions and Fair Working Practices / Weighting: 10
Quality criterion - Name: Service evaluation and feedback / Weighting: 10
Quality criterion - Name: Payroll and invoice administration (3rd parties) – where applicable / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 5
Price - Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £1,300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 6
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 February 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
28 February 2025
Local time
12:00pm
Place
Dundee
Information about authorised persons and opening procedure
Sheena Carstairs
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=789147.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:789147)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=789147
six.4) Procedures for review
six.4.1) Review body
Dundee Sheriff Court and Justice of the Peace Court
Sheriff Court House 6 West Bell Street
Dundee
DD1 9AD
Country
United Kingdom